SOLICITATION NOTICE
Y -- RECOVERYDesign/Build ServicesMesa Verde National ParkPark GeneralReplace Waterline: Chapin Mesa to North Park Boundary
- Notice Date
- 10/20/2009
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, P.O. Box 2528712795 W. Alameda Parkway, Attn: Rodney Keiscome Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2011090720
- Response Due
- 12/4/2009
- Archive Date
- 10/20/2010
- Point of Contact
- Audrey Winters Contract Specialist 3039692053 Audrey_Winters@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY GENERAL: The National Park Service, Department of Interior, is soliciting proposals for design-build construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. ONLINE REPRESENTATIONS AND CERTIFICATINOS APPLICATION (ORCA): ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the Federal Government. PROPOSED ISSUE DATE: November 4, 2009 TITLE OF PROJECT: Replace Waterline: Chapin Mesa to North Park Boundary DESCRIPTION: The work of this contract consists of the design and construction of approximately 31,640 linear feet (6 miles) of main water line and various components between the Chapin Mesa water tanks and the Park's north boundary in Montezuma Valley. The project scope includes: Escarpment Water Line: Replace approximately 4,880 LF of existing waterline. The work will be accomplished by diagonal directional drilling along a baseline alignment on the escarpment. The remainder of the waterline from the top of the escarpment to the base of Navajo Hill (approximately 3,100 LF) will be installed by open trenching and backfilled with select native material and sand with a minimum of four feet of cover to protect against freezing. Navajo Hill Tank Fill Line: Install approximately 1,400 LF of new 6 inch supply pipeline via horizontal directional drilling from the base of Navajo Hill, up Navajo Hill to the water tank, an altitude gain of 335 vertical feet. Navajo Water Tank Valve Modification: Remove existing gate valves and install new gate valves buried in yard for fill, distribution and drain with valve boxes. Far View Distribution Valve Vault: Replace existing piping and valves. Provide access and ventilation improvements. Chapin Water Line: Replace approximately 22,340 LF of worn pipeline which includes 4 inch asbestos-cement (Transite) pipeline from Far View to Chapin Mesa water tanks and 1,800 LF of worn cast iron pipe north of Far View. A new 6 inch diameter welded steel water line will be installed by open trenching and backfilled with select native material and sand with a minimum of four feet of cover. The existing line will be abandoned in place. Chapin Tank Vault Building: Install new sleeve valve and piping at the Chapin Mesa water tank vault building. Work includes electrical power and controls. Existing Escarpment Waterline Demolition: The removal of approximately 800 LF of exposed portions of the existing waterline on the north face of the escarpment. Park Entrance Control Valves: Install modulating sleeve valves at the existing PRV vault site near the Park entrance. Work includes the installation of a new valve in a new vault (box) on the Navajo Hill tank water line and a new valve on the Morefield tank water line. Work also includes provision for power and controls integrated with new level sensor and transmitter at each tank and programming integrated with the SCADA system at the water treatment plant. The project will include, but not be limited to, the following: --Review the Schematic Design preferred alternative provided in the RFP package. --Review site data. --Upon award, determine and provide design schedule of work --Submit list of required permits --Design waterline and vaults. Submit DB Design Development and DB Construction Documents for review and approval, as required --Provide schedule of construction work. --Secure work area and provide for continued access to the facility --Construct project --Create and provide operations and maintenance manual --Provide as-constructed drawings TYPE OF PROCUREMENT: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. ESTIMATED PRICE RANGE: $8 million to $10 million. PRE-PROPOSAL SITE VISIT: A pre-proposal site visit will be held on November 17, 2009 at 9:00 am, meet at the Park Headquarters building. All interested offerors are strongly encouraged to attend. This date is tentative and will be confirmed in the solicitation. TIME FOR COMPLETION: 300 calendar days. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS subcontracting goals for Fiscal Year 2010 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19.5%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUBZone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 2.5%. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090720/listing.html)
- Place of Performance
- Address: Montezuma County, Colorado
- Zip Code: 813300008
- Zip Code: 813300008
- Record
- SN01988831-W 20091022/091020235616-eae3eab47413ed7f5c9295c5ccca6d34 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |